SPECIAL NOTICE
65 -- Warranties and Training for Dental Lasers Nd:YAG (neodymiumyttrium-aluminum-garnet) at various Navy Medical Treatment Facilities
- Notice Date
- 6/22/2020 7:50:15 AM
- Notice Type
- Special Notice
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264520R0035
- Response Due
- 7/13/2020 11:00:00 AM
- Archive Date
- 07/28/2020
- Point of Contact
- Amanda Belden, Phone: 3016199355, Heather M Skimson, Phone: 3016197005, Fax: 3016196793
- E-Mail Address
-
amanda.r.belden.civ@mail.mil, heather.m.skimson.civ@mail.mil
(amanda.r.belden.civ@mail.mil, heather.m.skimson.civ@mail.mil)
- Description
- Notice of Intent to Sole Source The Naval Medical Logistics Command (NMLC) intends to award a sole source Indefinite Delivery Indefinite Quantity (IDIQ) contract pursuant to FAR part 13.5 procedures to Millennium Dental Technologies, Inc. for warranties and training for dental lasers, Nd:YAG (neodymiumyttrium-aluminum-garnet) at various Navy Medical Treatment Facility (MTFs).� The vendor shall provide an annual warranty for the PerioLase� MVP-7 Surgical Laser systems.� The warranty shall cover unscheduled repairs, including parts and labor, as well as annual routine service.� Over the term of the IDIQ contract, the vendor shall provide annual warranty coverage for up to 200 units.� The vendor shall provide Original Equipment Manufacturer (OEM) end user training to perform Laser Assisted New Attachment Procedure (LANAP) and Laser Assisted Peri-Implant Procedure (LAPIP) protocol while executing periodontal procedures. �Over the term of the IDIQ contract, the vendor shall provide a maximum of up to 25 licenses for Naval Postgraduate Dental School (NPDS) trained residents. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller such that OEM warranty and service are provided and maintained by the OEM.� All software licensing, warranty and service associated shall be in accordance with the OEM terms and conditions. The estimated period of performance is 21 September 2020 � 20 September 2025.� This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement.� Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work.� Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point.� All capability statements received by the due date of this notice will be considered by the Government.� A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response.� A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source contract. Capability statements are due by 2:00 PM Local Time, 13 July 2020. �Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: Amanda.r.belden.civ@mail.mil. ��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f3d4575e4d0f47c891a00ca1e4577f10/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05698392-F 20200624/200623042652 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |